Download Tender for Digital X-Ray and CT Scan Machine

Transcript
Page 1 of 21
Tender Enquiry No. F.No.24/EQPT/14/2013-RIS (Admin)
TENDER NOTICE
Digital X-Ray Machine and CT Scan
AIIMS, Rishikesh
Virbhadra Marg
Cost- Rs.1000
VAT- Rs.135
Total Cost-1135
Date: 19 July, 2013
On behalf of the Director, All India Institute of Medical Sciences, Rishikesh
tenders in sealed cover are invited under two-bid system from manufacture and their
authorised dealers/ distributors for providing for Digital X-Ray Machine and CT Scan
for AIIMS Rishikesh.
The interested manufactures and their authorised dealers/distributors are
required to submit the technical and financial bid separately. The bids in Sealed
Cover-I containing “Technical Bid” and Sealed Cover-II containing “Financial Bid”
should be placed in a third sealed cover super scribed “Tender For Digital X-Ray
Machine and CT Scan” and should reach at the office of “The Administrative
Officer, AIIMS, Virbhadra, Marg Rishikesh (Dehradun) - 249201, by or before
03.00 PM on 12-08-2013. The bid received after due date and time will not be
entertained whatsoever may be the reason. The technical bids shall be opened on the
next day i.e 13-08-2013 at 11.00 AM at AIIMS, Rishikesh. In the event of any of the
above mentioned date being declared as a holiday / closed day, the tenders will be
opened on the next working day at the appointed time. The date of technical
evaluation of items and opening of financial bid of technically qualified agencies will be
announced later.
The tender document containing technical bid form, financial bid form, technical
description/specification & item and terms & conditions can be purchased from AIIMS,
Rishikesh from 22-07-2013 to 12-08-2013 between 10.00 AM and 02.00 PM on
non-refundable payment of Rs.1135.00 (Rupees one thousand one hundred thirty five
only) only or can be downloaded from website www.aiimsrishikesh.edu.in. Those who
download the tender document from website should enclose Demand Draft/Pay Order
for Rs.1135.00 (Rupees one thousand one hundred thirty five only) (non-refundable)
in favour of “AIIMS, Rishikesh”, payable at Rishikesh, not later the date of
11-08-2013 along with their technical bid in the Cover-I “Technical Bid”. The bid
security (EMD) for Digital X-Ray Machine and CT Scan as given in table-1 of tender
documents should be paid by FD/BG/TD/CD in favour of “AIIMS, Rishikesh” payable
at Rishikesh and will be placed in cover-1 with technical bid. The Tender Documents
are not transferable.
Any future clarification and/or corrigendum(s) shall be communicated through
Administrative Officer on the AIIMS, Rishikesh website: www.aiimsrishikesh.edu.in.
Rakesh Kumar
AdministrativeOfficer
AIIMS, Rishikesh
Sign of bidder
Page 2 of 21
Tender Enquiry No. F.No.24/EQPT/14/2013-RIS (Admin)
TENDER DOCUMENT
“Digital X-Ray Machine and CT Scan”
TECHNICAL BID
(In separate sealed Cover-I super scribed as “Technical Bid”)
1. Name & Address of the
manufacture and their authorised
dealers/ distributors/Agency with phone number, email, name
and telephone/mobile
2. Specify your firm/company is a manufactures/ authorised
dealer/ distributor/ Agency
3. Name, Address & designation of the authorized person (Sole
proprietor/partner /Director)
4. Have you previously supplied these items to any government/ reputed
private organization? If yes, attach the relevant poof. Please provide a
notarised affidavit on Indian Non Judicial stamp paper of Rs. 10/- that
you have not quoted the price higher than previously supplied to any
government Institute/Organisation/reputed Private Organisation or
DGS&D rate in recent past. If you don’t fulfil this criteria, your
tender will be out rightly rejected.
5. Please attach copy of last of Income Tax Return
6. Please attach balance sheet (duly certified by Chartered
Accountant) for last three (3) years
(Annual minimum turnover should not be less than 20 Crore)
7. PAN No. (Please attach copy)
8. VAT/Service Tax Registration Number. (Please attach copy)
9. Acceptance of terms & conditions attached (Yes/No). Please sign each
page of terms and conditions as token of acceptance and submit as
part of tender document with technical bid. Otherwise your tender will
be rejected.
10.Power of Attorney/authorization for signing the bid documents.
11.Please submit notarised affidavit on Indian Non judicial stamp
paper of Rs. 10/- that no case is pending with the police against
the Proprietor/firm/partner or the Company (Agency). Indicate
any convictions in the past against the Company/firm/partner.
Please also declare that proprietor/firm has never been black
listed by any organization.
12. Please submit a notarised affidavit on Indian Non Judicial Stamp Paper
of Rs.10/- that they will provide complete warranty for all equipments
for 2 (two) years & CMC for 5 (five) years of these equipments.
13.Please furnished affidavit on Indian Non judicial stamp paper of
Rs.10/- that they will supply spare part for next 10 years at
reasonable price.
14. Details of the FD/BG/TD/CD of bid security (EMD)
FD/BG/TD/CD No:
Date:
Payable at-
Detail of cost of Tender
for Rs. 1135/- (if
downloaded from
website)
DD No.
Date:
Payable at-
Sign of bidder
Page 3 of 21
Tender Enquiry No. F.No.24/EQPT/14/2013-RIS (Admin)
Declaration by the Tenderer:
This is to certify that I/We before signing this tender have read and fully understood
all the terms and conditions contained herein and undertake myself/ourselves to abide
by them.
Encls: 1. DD/Pay Order (if tender form is downloaded from the website of this Institute)
2. FD/BG/TD/CD
3. Terms & Conditions (each page must be signed and sealed)
4. Financial Bid
(Signature of Tenderer with seal)
Place:…………………………………
Name:
Date:…………………………………
Seal:
Address
Sign of issuing Authority
Sign of bidder
Page 4 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
“For Digital X-Ray Machine and CT Scan”
AIIMS, Rishikesh
FINANCIAL BID
(In sealed Cover-II super scribed “Financial Bid”)
To,
Administrative Officer
AIIMS Rishikesh, Virbhadra Marg
Rishikesh (Dehradun)
Dear Sir,
Our quoted rate for supplying the Equipment at Sl. No............... ” at AIIMS,
Rishikesh will be as follows:
S/
No
Name of
Equipment
(As per table
1)
Unit Price (In Rs.)
(Including all taxes & F.O.R AIIMS, Rishikesh
With 2 years warranty and 5 years CMC)
(In figure)
( In words)
1
2
3
4
The unit cost should be mentioned as per table 1.The above quote should include all
applicable taxes and F.O.R. AIIMS, Rishikesh. L1 will be decided on the basis of unit
cost of individual equipment.
Sign of bidder
Page 5 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
Declaration by the Bidder:
1. This is to certify that I/We before signing this tender have read and fully
understood all the terms and conditions contained in Tender document
regarding terms & condition of the contract, rules regarding purchase of
equipment for Digital X-Ray Machine and CT Scan. I/we agree to abide
them.
2. No other charges would be payable by Client and there would be no increase
in rates during the Contract period.
(Signature of Bidder with seal)
Place:…………………………………
Name:
Date:…………………………………
Seal:
Address
Tender Sl.No:
Sign of issuing Authority
Sign of bidder
Page 6 of 21
Tender Enquiry No. F.No.24/EQPT/14/2013-RIS (Admin)
“Digital X-Ray Machine and CT Scan”,
AIIMS, Rishikesh
Terms & Conditions
(A)
Information and Conditions relating to Submission of Bids
1.
The tender document containing eligibility criteria, scope of work, terms &
conditions and draft agreement can be purchased from AIIMS, Rishikesh on any
working day from 22-07-2013 to 12-08-2013 between 10.00 AM to 02.00 PM on
payment of non refundable charges of Rs 1135/- (Rupees one thousand one hundred
thirty five only) or can be downloaded from website www.aiimsrishikesh.edu.in.
Those who download the tender document from Website should enclose a enclose a
Demand Draft/Pay Order for Rs 1135/-(Rupees one thousand one hundred thirty five
only) in favour of “AIIMS, Rishikesh”, payable at Rishikesh, not later the date of
11-08-2013, along with their bid in the Cover-I containing “Technical Bid”.
2.
The interested firms/supplier are required to submit the Technical and Financial
Bids separately in the format enclosed. The bids in sealed Cover-I containing
“Technical Bid” and sealed Cover-II containing “Financial Bid” should be placed in
a third sealed cover super scribed “Tender for Digitala X-Ray Machine and CT
Scan” should reach AIIMS, Rishikesh by or before 03.00 PM on 12-08-2013. The
Technical bids shall be opened on next day i.e 13-08-2013 at 11.00 AM at AIIMS,
Rishikesh in presence of the bidders or their authorized representatives who choose to
remain present. The Tender received after due date & time will be rejected and no
claim shall be entertained whatsoever may be the reason.
3.
The pre bid conference would be held on 02-08-2013 at 03.00 PM in the
office of Dy Director (Administration), AIIMS, Rishikesh. All firms representative who
are attending the pre bid meeting, shall produce an authorisation letter from their
firm on the firms letter head. They are required to put their query in writing before
the committee.
4.
All the duly filled/completed pages of the tender should be given serial /page
number on each page and signed by the owner of the firm or his Authorized signatory.
In case the tenders are signed by the Authorized signatory, a copy of the power of
attorney/authorization may be enclosed along with tender. A copy of the terms &
conditions shall be signed on each page and submitted with the technical bid as token
of
acceptance
of
terms
&
conditions.
Tender
with
unsigned
pages/incomplete/partial/part of tender if submitted will be rejected out rightly.
5.
All entries in the tender form should be legible and filled clearly. If the space
for furnishing information is insufficient, a separate sheet duly signed by the
authorized signatory may be attached. No overwriting or cutting is permitted in the
Technical Bid as well as Financial Bid unless authenticated by full signature of bidder.
Any omission in filling the columns of Financial Bid form (Schedule of Rates) shall
debar a tender from being considered. Rates should be filed up carefully by the
tenderer. All Corrections in this schedule must be duly attested by full signature of the
tenderers. The corrections made by using fluid and overwriting will not be accepted
and tender would be rejected.
Sign of bidder
Page 7 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
6.
The bidder shall pay the respective amount of Bid Security (EMD) as mentioned
in table-I along with the Technical Bid by Demand FD/BG/TD/CD in favour of “AIIMS,
Rishikesh” drawn on any Nationalized Bank/ Scheduled Bank and payable at Rishikesh
and must be valid for (6) six month. Bids received without Earnest Money deposit
(EMD) shall stand rejected and thus shall not be considered for evaluation etc at any
stage. The original EMD will be put in cover-I containing Technical bid.
a) The Public Sector Undertaking of the Central/State Govt. are exempted
from furnishing Earnest Money along with tender.
b) The firms Registered with DGS & D/SSI and any approved source of
Centre/States Govt. are not exempted from furnishing Earnest Money in
so far as this institute is concerned.
c)
Earnest Money deposited with AIIMS, Rishikesh in connection with any
other tender enquiry even if for same/similar material / Stores by the
tenderer will not be considered against this tender.
7.
The bid security (EMD) without interest shall be returned to the unsuccessful
bidders after finalization of contract.
8.
The successful bidders has to constitute a contract on Indian non judicial stamp
paper of Rs.100/- (Rupees one hundred only) and also required to furnish the security
deposit @ 10% of contract value in the form of FD/BG/TD/CD of any nationalised bank
in favour of AIIMS, Rishikesh & payable at Rishikesh only. The EMD deposited by
successful bidder may be adjusted towards Security Deposit as demanded above. If
the successful bidder fails to furnish the full security deposit or difference amount
between Security Deposit and EMD within 15 (fifteen) days after the issue of Letter of
Award of Work, his bid security (EMD) shall be forfeited unless time extension has
been granted by AIIMS, Rishikesh.
9.
The EMD shall be forfeited if successful bidder fails to supply the
goods/equipment in stipulated time or fails to comply with any of the terms &
conditions of the contract or fail to sign the contract.
10.
The bid shall be valid and open for acceptance of the competent authority for a
period of 180 (one hundred eighty) days from the date of opening of the tenders and
no request for any variation in quoted rates and / withdrawal of tender on any ground
by bidders shall be entertained.
11.
To assist in the analysis, evaluation and computation of the bids, the
Competent Authority, may ask bidders individually for clarification of their bids. The
request for clarification and the response shall be in writing but no change in the price
or substance of the bid offered shall be permitted.
12.
After evaluation, the work shall be awarded normally to the Agency fulfilling all
the conditions and who has quoted the lowest rate as per financial bid after complying
with the all the Acts / provisions stated / referred to for adherence in the tender.
Sign of bidder
Page 8 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
13.
The competent authority of AIIMS, Rishikesh reserved all rights to accept or
reject any/ all tender(s) without assigning any reason. It can also impose/relax any
term and condition of the tender enquiry after due discussion in pre bid conference.
This will be communicated to all tenderers in writing. AIIMS, Rishikesh also reserves
the right to reject any bid which in his opinion is non-responsive or violating any of
the conditions/specifications without any liability to any loss whatsoever it may cause
to the bidder in the process.
14.
Tender must be submitted on the prescribed Tender Form otherwise tender will
be cancelled straightway.
15.
The tender form is not transferable.
16.
Canvassing in any form is strictly prohibited and the tenderer who are found
canvassing are liable to have their tenders rejected out rightly.
(B)
OTHER TERMS & CONDITIONS OF THE TENDER
1.
Rates quoted should be inclusive of all applicable taxes, packing, forwarding,
postage and transportation charges at FOR AIIMS Rishikesh.
2.
All the rates should be mention in Indian national currency (INR) only. The
rates quoted in foreign currency will not be entertained in this tender enquiry & such
tenders will be cancelled straightway.
3.
Rates should be mentioned both in figures and in words. The offer should be
typed or written in Ink Pen/ Ball Pen without any correction. Offers in pencil will be
cancelled. Telegraphic/ Telex/ Fax offers will not be considered and cancelled
straightway.
4.
The supplier shall submit a notarised affidavit on Indian Non Judicial Stamp
Paper of Rs.10/- that you have not quoted the price higher than previously supplied to
any government Institute/Organisation/reputed Private Organisation or DGS&D rate in
recent past. Therefore, if at any stage it has been found that the supplier has quoted
lower rates than those quoted in this tender, the Institute (the purchaser) would be
given the benefit of lower rates by the Supplier. If such affidavit is not submitted,
tender will be out rightly rejected.,
5.
If the price of the contracted articles is/ are controlled by the Government, in
no circumstances the payment will be higher than the controlled rate.
6.
Tender will be regarded as constituting an offer open to acceptance in whole or
in part at the discretion of the competent authority of the institute for a period of 180
days (6 months) valid from the date of opening of the tender by the committee.
7.
The time for the date of delivery/ dispatch stipulated in supply order shall be
deemed to be essence of the contract and if the supplier fails to deliver or dispatch
any consignment within the period prescribed for such delivery or dispatch in the
supply order, liquidated damages may be deducted from the bill @ 0.5% per week
subject to maximum of 10% of the value of the delayed goods or services under the
contract. The competent authority of the institute may also cancel the supply. In such
a case, bid security of the supplier shall stand forfeited.
Sign of bidder
Page 9 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
8.
In case the quality of goods supplied are not in conformity with the standard
given in tender and as per the samples supplied or the supplies are found defective at
any stage these goods shall immediately will be taken back by the supplier and will be
replaced with the tender quality goods, without any delay. The competent authority
reserves all rights to reject the goods if the same are not found in accordance with the
required description / specifications and liquidates damages shall be charged.
9.
In case the tenderer on whom the supply order has been placed, fails to made
supplies within the delivery schedule and the purchaser has to resort risk purchase,
the purchaser (AIIMS, Rishikesh) may recover from the tender the difference between
the cost calculated on the basis of risk purchase price and that calculated on the basis
of rates quoted by tenderer. In case of repeated failure in supplying the order goods
the supply order may be cancelled and bid security deposit will be forfeited.
10.
The Specification and quantity of the item needed is mentioned in Table-I but
it is approximate detail and is subject to increase/decrease at the discretion of the
competent authority of AIIMS, Rishikesh. The payment would be made for actual
supply taken and no claim in this regard should be entertained.
11.
Where the specifications are as per tenderer’s range of product & tenderer’s
offer should mention that the item meets all specifications as per the tender enquiry
and if there are improvements/deviations the same should be brought out on separate
Letter Head of the firm. It would be discretion of the competent authority of the
institute to accept or reject such deviations which are not in accordance with our
required specifications as per given in Annexure-I.
12.
It must be mentioned clearly whether tenderer is a manufacturer/sole
distributor/sole agent for the items for which he is quoting.
a. Manufacturer must add a certificate that item(s) is manufactured by
them as per range of products.
b. Sole Manufacturers must add a certificate that they are the sole
manufacturer of the Item for which they are quoting in this tender
enquiry & item is /are their proprietary Item in India. The rate certificate
is also required from the sole manufactures that the Rates quoted are the
same as they quote to other State/Centre Govt./reputed Private
Organisation and DGS & D for the similar item(s) and these are not
higher than those quoted by them.
c. Authorized
agents
must
add
authority
letter
from
their
Manufacturer/Principals on the letter head of the manufacturer/principals
in proforma given in Annexure-I duly supported by a notarised affidavit
on Indian Non Judicial Stamp Paper of Rs.10/- (Rupees ten only) that
they are quoting Rates on behalf of them. The authorization letter must
give/mention the purpose for which it is allowed. The validity period of
the authorization letter must be mentioned in the authority letter
otherwise tender will be liable to rejection.
Sign of bidder
Page 10 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
13.
The Tenderers should furnished a copy of S.T. /C.S.T./VAT registration
number, the State / U.T. of registration and the date of such registration. Tenders
not complying with this condition will be rejected.
14.
The tenderers should submit along with the tender, a photostat copy of the last
Income Tax return and copy of current valid income tax clearance certificate (IT CC)
otherwise tender may be ignored.
15.
In case asked, tenderer must personally supply a sample/give the
demonstration of the equipments/Instruments to the competent authority of the
institute and in that case all the expenses will be borne by the supplier.
16.
Full description & specifications, make/brand and name of the manufacturing
firm must be clearly mentioned in the tender failing which the tender will not be
considered. The tenderer must also mention whether the goods are imported /
indigenous. Descriptive literature /catalogues must be attached with the tender in
original failing which tender may be ignored.
17.
Any failure or omission to carryout of the provisions of this supply by the
supplier shall not give rise to any claim by supplier and purchaser one against the
other, if such failure or omission arise from an act of God which shall include all acts
of natural calamities from civil strikes compliance with any status and or requisitions
of the Government lockout and Strikes, riots, embargoes or from any political or other
reasons beyond the suppliers control including war (whether declared or not) civil war
or state of incarceration provided that notice of the occurrence of any event by either
party to the other shall be within two weeks from the date of occurrence of such an
event which could be attributed to force majeure.
18.
The Courts at Rishikesh/ Dehradun alone and no other Court will have the
jurisdiction to try the matter, dispute or reference between the parties arising out of
this tender/supply Order/contract.
19.
Tenderer will have to provide complete warranty for all equipments for 2 (two)
years & CMC for 5 (five) years of these equipments. Financial bid should be quoted
accordingly. In this regard, the tenderer shall submit a notarised affidavit on Indian
Non Judicial Stamp Paper of Rs.10/- that they will provide complete warranty for all
equipments for 2 (two) years & CMC for 5 (five) years of these equipments.
20.
If at any time, any question, dispute or difference whatever shall arise between
supplier and the institute (Purchaser) upon or in relation to or in connection with the
agreement, either of the parties may give to the other notice in writing of the
existence of such a question, dispute or difference and the same shall be referred to
two arbitrators one to be nominated by the institute (Purchaser) and the other to be
nominated by the supplier. Such a notice of the existence of any question dispute or
difference in connection with the agreement shall be served by either party within 60
days of the beginning of such dispute failing which all Right sand claims under this
Agreement shall be deemed to have been forfeited and absolutely barred. Before
proceeding with the reference the arbitrators shall appoint/nominate an umpire. In the
event of the arbitrators not agreeing in their award the Umpire Appointed by them
shall enter upon the reference and his award shall be binding on the Parties. The
venue of the arbitration shall be at Rishikesh, (Uttarakhand, India). The
arbitrators/Umpire shall give reasoned award.
Sign of bidder
Page 11 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
21.
Tenderer should ensure and give an affidavit on Indian Non Judicial stamp
paper of Rs.10/- with technical bid that spare parts and consumables for these
equipments/instruments will be available and rates will be reasonable for next 10
(ten) years.
I / We hereby accept the terms and Conditions given in the tender
---------------------------------------------(Signature & Stamp of the bidder)
Note- Please sign each page of document including terms & conditions & tender
Sign of bidder
Page 12 of 21
F.No.24/EQPT/14/2013-RIS (Admin)
Table 1
Details of items their tentative quantity and EMD
Name of the Items
Quantity
Digital X-Ray Machine
1
EMD
(In Rs.)
2.31 Lacs
CT-Scan
1
12.31 Lacs
Sign of bidder
Page 13 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
ANNEXURE –I
Sl. No.
Tender Specification
Tender Specifications for Direct digital flat panel Radiography system 80 KW-1000mA unit
with two Flat panel detectors
Fully digital radiography system with proven two Flat panel detectors with Cesium Iodide Scintillator and the system
with Automatic Exposure control (AEC) capable of performing exposure in vertical, horizontal and oblique positions to
perform all skeletal body (Upright and Lying down) radiographs. The unit should be completely integrated (X-ray Generator
and tube should be same manufacturer) along with auto features in quality control & performance, AEC, APR, Auto position
of detector for under couch & vertical studies
Mention the year of introduction of the quoted model in the International market and the quoted Model should be latest state
of Art technology
A)
Detailed Specification of X-Ray Flat Panel Detectors (Quote the latest model of flat panel detectors)
Note : Specifications to be supported by compliance statement, Technical Data Sheet of detector and any additional
information from the seller
1
Use of matrix flat panel imager (Radiography)
2
Name of the Detector model and manufacturer : To be provided by the firm
3
Assembling : Monolithic panel
4
Active Matrix Flat Panel detector : Based on Indirect Conversion process
5
Scintillate material used for flat panel detector : Thallium doped Cesium iodide (Csi:TI)
6
Semi Conductor material (Photodiode) : Amorphous Silicon
7
Charge Read Out : Thin Film Transistor (Array) (TFT Array)
8
Detector Size : 41 cm x 41 cm or more
9
Array Size : 2000x2000 pixel or more
10
Pixel Pitch : 0.2 mm or less
11
Image depth : 14 Bits or more
12
Wide Dynamic Range of Flat Detector
13
Detector Quantum Efficiency (DQE) : more than 68% @ 0 lp as per IEC standard
14
Tube assembly movement to be automatically synchronized with both the horizontal and vertical detectors movement
15
Two Digital flat panel detector systems with detector integrated into the Bucky table as well as wall stand
16
Mention the weight of the detector
17
Mention the detector assembly size (HxWxD cm)
18
Mention the estimated life of the detector
19
Mention any other version of indirect flat panel detector (Model available)
20
System warm up time should be minimum
21
Important : Option should be available for the system to be independently used for film screen and computed tomography
B
Specification of Acquisition / Review Workstation :
20
Monochrome LCD monitor with protect panel from dust and scratches
21
Manufacturers name and model :
22
Viewing angles (H, V) : 170 Deg. Or more
23
Size of Monitor (diagonal) 19" or more
24
Mouse control display
25
Mention all the standard accessories to be supplied with the monitor
26
Hard disc storage : 70 GB or more storage of 3000 or more images
27
Past Acquisition, Image processing and Display : Mention the time
C
X-Ray Table Specification :
28
Motor driven,Adjustable height floating top compact bucky table with digital flat panel detector
Sign of bidder
Page 14 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
29
Compact bucky table with digital flat panel detector
30
Mention range of vertical, horizontal and longitudinal movements of the table
30
Remmovable grid for SID of 100 cms for horizontal table applications
30
Four way floating horizontal table top of equivalent to carbon fiber table top
31
Maximum patient weight - 200 kgs or more
32
Table Top length : 200 cm or more
33
Foot switches for – adjusting height, longitudinal/side to side movements, locking, light adjustment
D
Vertical Stand
33
Vertical movement : Motorized with foot switch facility
34
The vertical movement to be servo coupled to the movement of the X-Ray tube (simultaneous movements)
35
Standard removable focus grid (minimum two) mention the number of lines / cm and Grid Ration
36
Motorized detector tilting facility with either IR remote or handswithch control required
37
Removable grid for vertical bucky applications
38
Height to detector panel (center) from the floor should be minimum 30 cm
39
Maximum height from the floor to the center of detector should be more than 175 cm
E
Ceiling Mounted X-Ray Tube
39
X-Ray tube suspended on a telescopic column
40
The movement of X-Ray tube should be motorized and movement in all possible directions : Specify the travel range and
angulations in degrees
41
It should have capability of manual override
42
Provision for patient side control panel
44
X-Ray Generator Specification
45
Invertors Type Constant Potential high Voltage Generator (High Frequency X-Ray Generator)
46
Power : 80 KW
47
800mA at 100 kv according to IEC standard
48
Automatic exposure control with 3 or 4 chambers
G
X-Ray Tube (Specification)
47
Anode Heat storage capacity 300 KHU or more
48
Mention the name of the X-Ray tube
49
Specify the heat storage capacity of the whole tube
50
Specify the cooling rate of the anode and Tube
51
Inherent filtration with aluminum
H
Accessories
51
Compression belt (Pediatric and adult) (1 to 2 each)
52
Patient hand grip
53
Foot switch for adjusting the height of the stand or the table
54
Lateral cassette holder
55
Patient support bar for vertical stand
56
Lead Glass 80 cm x 100 cm
57
Table top locking facility
58
Specify any stabilizer required for the system
59
UPS of appropriate rating (with half hour back up) for the acquisition / review workstation and 2nd monitor (if supplied
with the system) of reputed brand
F
Advanced Clinical Application Facility :
60
Auto Image stitching / image pasting for complete spinal column, extra long leg image etc.,(sample Films of the same
has to be enclosed in technical bid, Indian Hospital Name has to be embedded on the film)
61
Specify the maximum number of images which can be pasted together for different organs..Provide all the details and
technical aspects
64
Dual energy subtraction facility (quote as standard)
Sign of bidder
Page 15 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
J
Post Processing Facility should be available like
65
Addition of Anatomical markers
66
Demographic Correction
67
Image Annotation
68
Window and Level adjustment
69
Electronic Collimation
70
Magnification
71
Application of different LUT's
72
Any other facility available (Please mention)
K
Networking (Specification)
73
Patient data entry : His / RIS, Keyboard and mouse or bar code reader
74
The system should be capable to connect to PACS through RIS/HIS
75
DICOM 3.0 or higher version with
a. Modality push
b. Modality work list
c. Print service
d. PACS Push
e. Performed procedure step
f. PACS confirm storage
g. Modality pull
h. PACS full
I. Modality Verification
j. Storage of image on CD/DVD
k. Ability to send, receive, acknowledge, print and record on CD/DVD
l. Connectivity to PC
m. Mention any other Service
M
Other Terms and Condition
76
Some specification which are not qualified, the buyer reserves the right to evaluate the specification based on the details
given by the firm
77
The equipment should be under comprehensive warranty for 2 years from the date of successful installation and handing
over with an extension of another one year as optional
78
Please quote Comprehensive maintenance Contrast (Including X-Ray Tube and detector) for 8years after successful
completion of warranty
79
All software up-gradation will be provided free of cost to the institute as and when available
80
Operating manual, service manual along with schematic diagram to be provided
81
There will be an agreement between the buyer and seller for comprehensive maintenance contract at the time of finalization
of purchase of equipment
82
Only principal or their authorized principal agents should participate in the tender.
83
Company should provide adequate application training of at least one week to the Consultant Radiologists / Operators
84
All the civil, Electrical alternation / fixation pertaining to the installation of the machine will be the responsibility of the firm
N
Accreditation and Quality Certification
85
3 major components of the Digital Radiography system (Detector, Tube and Generator) out of 2 components manadatorily
Generator & tube should be from the same manufacturers
86
The quoted model should be AERB type approved and CE & US FDA certified
87
The Participant company must have minimum turnover of Rupees Twenty Crore per year from the said business for the last three
financial years
88
The Bidder must have been in business of Flat Panel Detector equipment supply/installation for the last 3years. Should have
experience of at least five installation per year for the last consecutive three years
2 yrwarrenty& 5 yr CMC should be included with provision of supply of spare parts of the model supplied
for next 10years
Sign of bidder
Page 16 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
Specifications for 64 slice CT machine
A complete multislice helical CT scanner with all necessary software & hardware
required to perform various clinical protocols. It should be DICOM ready with
capability of transferring images to the hospital PACS, all cost born by company. The
software upgrades or system improvement must be provided during warranty period
and CMC.
The vendor should indicate & include recent any technological advances that arent
mentioned here but are appropriate for the system.
Describe all work in progress.
Detector
Detector should acquire 64 slice in one rotation
It should have 64 rows of detectors
Please specify the number of elements in each row.
Mention the Z axis coverage.
The scan length available should at least be 40cm.
Indicate the maximum reference scan length.
Cone beam correction should be present
Solid state detectors.
Spiral Acquisition
a) Scan time should be 0.4 sec. or less, for full 360 deg. rotation.
b) Specify time in minutes for warm up from fully off in normal as well as emergency.
c) Minimum slice thickness 0.625 mm. or less. Specify minimum slice thickness
in axial, spiral and cardiac modes.
d) Specify the pitch factor for general radiological application. For cardiac scanning
pitch should be 0.2 or less
e) Single continuous spiral scan time should be at least 50 sec. or more.
f) Bolus triggered or bolus chase spiral acquisition should be available.
Contrast Resolution :
a) High contrast spatial resolution : Minimum of 15 or more 1p/cm at minimum MTF is
essential.
b) Low contrast resolution : The low contrast resolution at 20 cm CATPHAN phantom
should be 5mm @ 3 H.U.
Gantry
Gantry aperture should be 70 cm or more
Gantry tilt of +/- 30 degree.
Scan FOV of 50 cm or more. Specify minimum and maximum FOV with increment
value. integrated ECG, remote control of gantry should be possible.
3D laser lights for accurate centering.
Specify focus to iso centre distance and focus to detector distance.
Patient table
Mention loading capacity : higher will be preferred.
Faster horizontal table speed.
Indicate couch length .Table top must be 2000 mm .Mention the metal free scannable
area.
Indicate weight limit & Maximum weight capacity.
Carbon fibre table top.
Positioning facilities for horizontal isocentre should be present.
Freely selectable pitch needed.
Slice thickness should be minimum of 0.625cm
Mention slices thickness range on spiral mode or axial mode.
Horizontal movement range and it should be sufficient to cover the patient from head
to toe.
Tube specification.
The tube should have a history of low tube failure rate.
Tube should have ability to handle high patient through put & handle rapid volume
acquisitions consecutively.
Indicate maximum mA allowed . Indicate the Kvp range
mention heat storage capacity ( 8MHU)
mention heat dissipation rate of anode ( 1600KHU/mm)
radiation does modulation & optimization should be provided.
Mention the small and large focal spot size.
Sign of bidder
Page 17 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
Generator
High frequency generator
A Minimum output of 60 KW at max current of 500mA more. if the vendor has a model
with higher generator capacity , in the 64-64 type, the one with higher capacity should
be quoted .
Mention kv selections. mA range should be mentioned.
Operator console
Should have a LCD medical grade monitor of high resolute.
21" inch size
display matrix of 1024 x 1024 , better is preferred
Should allow scanning and processing simultaneously -dual, monitor console
User friendly
menu driver functions.
all function of the image reconstruction, documentation , archiving , transfer, mip,
volume rendering and all the various application should be present on the operating
console and two separate work stations simultaneously and independently.
performing scan of next sequence should start prior to complete reconstruction of
previous scan.
Should be DICOM compatible
One console and two separate workstations with replication of the soft functions and
post processing software's from the console duplicated on the workstations should be
provided.
Minimum number of uncompressed image in 512 x512 images : 5 lac images or more
on main console and 5 lac on more or additional workstation.
Radiation and specification and image quality
indicate the maximum image resolution
mention the display matrix - higher available should be quoted
mention the reconstruction matrix - higher available should be quoted
Indicate low contrast resolution in % at various scan time ; scan thickness and tune
voltage, ma
Indicate special resolution at various scan time and scan thickness at available kV
and ma.
Indicate the noise standard deviation
Indicate radiation dose in mSv for routine head and body scan and during coronary CT.
Dose optimization software should be provided.
Describe in detail the method and the maximum amount of does reduction that canbe
advised tabulated for various possible studies.
ECG gated dose modulation to reduce dose during undesired cardiac phase
Dose display like CDTI, volume, dose efficiency should be possible
dynamic tube current modulation and automatic optimized tube current selection for
minimizing dose should be provided.
Algorithm for dose reduction during cardiac scanning will be an essential requirement.
Paediatric and infant based protocols.
Work station
System should include two multimodality diagnostic reporting work stations , all the
function of data processing, filming , archiving, mip and mpr, volume rendering and
various software's, coronary processing should be available on both the operating
console and the work station, independently and simultaneously.
all functions which are possible on the console should be duplicated on both the work
stations
High transfer rate DICOM connectivity from main console to additional workstation.
All workstation software upgrades should be available during period of warranty and
CMC
They should have 21 inch LCD monitors with high resolution matrix (mention matrix
size)
Computer and image processor - 65 bit main CPU should be 2GHZ ram or better
Pentium i 7 CPU with 1tb hard disc mention image storage capacity at 512 matrix, 4lac
images minimum, higher is needed.
CD/DVD archival should be possible mention image reconstruction time, faster will be
preferred for all types of acquisition modes with a standard 512 matrix.
Should be DICOM compatible
Minimum number of uncompressed image in 512 x 512 images : 5 lac images or more
on main console and 5 lac or more on additional workstation
Networking and dicom capability
Dicom 3.0 capability or higher vesion
System should be capable of interfacing with the HIS/RIS system of the status
vendor should provide DICOM conformance statement
Sign of bidder
Page 18 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
All costs associated with connecting system with HIS/RIS will be vendor's responsibility
( interfacing licenses software and hardware)-pacs interface ready.
The system should provide remote diagnostic capabilities via internet access. The
internet access should be provided by the vendor during the period of warranty and
CMC
the remote diagnostic capabilities should allow to remotely connect to the system on
regular basis to retrieve information and allow service support through the operator
console
PACS interface ready system.
Clinical application
Contrast media tracking
CT angiography /venography whole body with quantitative vessel analysis
advanced 3d analysis
virtual endoscopy software
dynamic cerebral perfusion mapping along with angiography at single injection. Neuro
perfusion /Evaluation with Neuro perfusion analysis over large area of 80 mm or more
in one examination.
Routine body scan and body perfusion CT
Bone densitometry
dental / mandible software MIP,MPR
Oncology Package including computer assisted detection:
a) Auto CAD software for lung nodule evaluation.
b) automated evaluation of liver.
Volume rendering techniques in all modes
virtual colonoscopy ,SSD
MIP slab
Cardiac imaging
1 calculi/m scoring
2. coronary tree extractions
3. High image reconstruction software
4. prospective ECG gating
5 . Easy volume reading of the heart
6. one click coronary angio
7.Functional analysis in long and short axis of heart
Indicate the time and steps to run entire protocol - acquisition to post processing to
archiving
Image Evaluation and display
Inaddition to the software for all routine functions like measurements, annotations,
windowing, image addition and subtraction, artefact reduction capability, reversal of
images, filters, reference scale and grid, the following software should also be available:
a) Real time MPR ( curved /Oblique/coronal/sagital).
b)Dynamic scanning and cine display specify the frame and number of images that can
be displayed.
c) 3D shared surface display.
d)advanced 3D volume rendering technique.
e) C.T. Angiography with coloured facility: MIP MPR, SSD, VR
f)3D Virtual endoscopy (CT endoscopy, bronchoscopy, colonoscopy, colonography and
angioscopy)
g)Automatic bone sulpting.
h) Advanced vessel analysis including stenosis quantification
Upgradability
All software upgrade on the system console workstation on the existing applications
must be provided by vendor indefinitely at no cost.
This will include any hardware or parts if the software added needs them to enhance
the existing capabilities .
New software shall be made available to the purchaser at 70% of discounted cost of the
cost of the actual listed price for a period of the CMC and warranty
free trial software should be enlisted and provided at the users request.
Accessories :
A list of accessories should be provided separately.
All patient positioning accessories should be included
Dual head pressure injector with 500 syringes and 1000 y tubings
UPS for entire ct system with 30 minute backup. this should also include the
workstation and console, at least of 120 KVPS.
Dry camera ( Laser /thermal ) of 500 dpi which can print 14 & film size with digital
interface.
1. Resolution - 16 bits/500 dpi
Sign of bidder
Page 19 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
2. supports multiple film size -14"x 17" is must
3.Throughput of 100 films or more per hour
4. DICOM compatible.
5.Company should connect the machine with existing cameras in the department for
alternate recording.
6. Company should supply 2000 films of -14"x 17" size for the supplied camera for
testing and initial use.
A. colour ink jet printer for printing images of the coronary scan which allows low cost
printing .
Anesthesia equipments ; - These equipments should allow anesthesia to adults and
pediatric patients and should have all the necessary attachments for the same.
These may be certified and verified by the concerned expert.
2 high end class 1 Boyle's apparatus (anesthesia delivery system with a multiparameter
monitor equivalent CE /ISO /US-FDA certified system.)
A state of art general anesthesia induction equipment with vaporizer capable of co2
monitoring with a pediatric and adult ventilator and monitors.
Facility for non invasive monitoring of oxygen saturation blood pressure, respiratory
rate and skin temperature during acquisition should be provided for both adult and
pediatric patients.
External cardiac rhythm monitor cum defibrillator with capability for synchronized
biphasic shock from 5-150 joules. the device should have adult and pediatric pedals
and also connectivity to patch defibrillation electrode. it should reach full charge in less
than 6 seconds. it should also have external pacemaker facility.
02 line to gantry room. waiting room and the recovery area.
A high quality DLP p projector 3000 ANSI Lumens and digital zoom facilities for
teaching and presentations related to CT images. the projector should have wireless wifi
data transmission and USB ports.
Voltage stabilizer for the complete system -1 no.
UPS for digital part of the system 1 no.
Lead glass of approx 100 * 120 cms size 1 no.
3 good quality zero lead wrap around radiation protection apron- 5nos.
Pentium i 7 processor based pcs with following specification - two
3 gb necc ddr2800mhz sdram memory
500gb sata 3.0 gb/s hard drive with native command queuing
2*1 tbb sata 3.0 gb/s hard drive with native command queuing.
19 'LCD Monitor with integrated speaker
integrated intel graphics media accelrator * 4500hd
windows 7 professional version.
dvd rw drives
optical mouse and standard keyboard
two inkjet printers with low maintenance and low cost consumption
qc phantoms
CATPHAN should be included
water phantom should be included
intercom for communication between patient and system operator
two iv stands
two led apron stands a weighing scale
a room thermometer
one stretcher and one wheel chair to move patients
indicator lamp at the door
Miscellaneous
Radiation Safety :
Company should observe all the norms laid down by A.E.R.B, during supply and
installation, which include certification of the whole system and permission for
installation.
Warranty for five (5) Years
The cabling from the transformer to the site of installment should be provided by
the company.
CMC :Should include the machine and its accessories, the tube and detectors, other
components of the machine, UPS, computers printers, air conditioner,s pressure
injectors and anesthesia equipment supplied along with the machine. Maintenance of
the dry camera, computers, printers, cartridge or ink supplies, antivirus software and
their up gradation and the setting up and maintenances of internet connection should
also be included in the CMC.
The prices of films used in the dry camera (Which are proprietary items) for all
Sign of bidder
Page 20 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
the present and future models of the supplying companies should be quoted inthe price bid. These prices will be fixed
and freezed for the next five years. The companies will also be bound to supply these films uninterrupted at least for
the
5 years period after supply of machine or till the period the prices are freezed.
The DATA sheet for the specifications in original or a certified copy of the same by the
appropriate company authority should be provided.
Sign of bidder
Page 21 of 21
Tender Enquiry No- F.No.24/EQPT/14/2013-RIS (Admin)
ANNEXURE– II
To
MANUFACTURER’s / PRINCIPAL’s AUTHORIZATION FORM
(Clause 12 (c) of the tender)
The Administrative Officer,
All India Institute of Medical Sciences
Rishikesh
Dear Sir,
TENDER:
________________________________________________________.
we, ______________________________________, who are established and
reputable manufacturers of ________________, having factories at
__________________ and____________________, hereby authorize Messrs.
_______________________ (name and address of agents) to bid, negotiate
and conclude the contract with you against Tender No.__________________
for the above goods manufactured by us. No company or firm or individual
other than Messrs. _________________________ are authorized to bid,
negotiate and conclude the contract in regard to this business against this
specific tender.
We hereby extend our full guarantee and warranty as per the conditions of
tender for the goods offered for supply against this tender by the above firm.
The authorization is valid up to __________________________________
Yours faithfully,
(Name)
For and on behalf of Messrs. ______________
(Name of manufacturers)/Principal.
Sign of bidder